SOURCES SOUGHT
69 -- CFTD 7&8 Synopsis
- Notice Date
- 9/20/2010
- Notice Type
- Sources Sought
- NAICS
- 333319
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway, Code 253, Orlando, Florida, 32826-3224
- ZIP Code
- 32826-3224
- Solicitation Number
- N61339-10-MVCFTDs78
- Archive Date
- 10/6/2010
- Point of Contact
- Erin N Barton, Phone: 407-380-4155, Gregory Joseph Dougherty, Phone: (407) 380-8419
- E-Mail Address
-
erin.barton@navy.mil, Gregory.Dougherty@navy.mil
(erin.barton@navy.mil, Gregory.Dougherty@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This sources sought notice encourages businesses, small and large, to submit capabilities packages which adequately demonstrate technical capability to meet the below stated requirements of the MV-22 project office. This sources sought is the only formal market survey that will be conducted and complements the market research required by FAR Part 10. The United States Marine Corps (USMC) has identified a requirement for two (2) MV-22 Containerized Flight Training Devices (CFTDs) to be delivered to Marine Corps Air Station (MCAS) Futenma, Japan to support the USMC's transition from legacy rotor-wing aircraft to MV-22 aircraft. The required delivery date of the two (2) MV-22 CFTDs to support this transition is October 2012. Based on the Government's current understanding of the market, the Naval Air Warfare Center Training Systems Division (NAWCTSD) intends to negotiate, on a sole source basis, a modification to an existing delivery order placed under an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with the Bell Boeing Joint Project Office (BB JPO) located in Amarillo, TX under authority of Federal Acquisition Regulation (FAR) 6.302-1, "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements." The anticipated ceiling amount for this contract action is $24.5M. The additional supplies to be procured under this ID/IQ contract include the acquisition of the following: two USMC (MV-22) CFTDs, Serial Numbers 2F200-007 and 2F200-008; and the provisioned items and spares required to implement the life-cycle sustainment of the fielded MV-22 CFTD Training Systems. BB JPO has been the sole designer, developer, weapons system integrator, and producer of the MV-22 fly-by-wire tilt-rotor aircraft, which is still in production and undergoing configuration updates, to include new capabilities. As such, BB JPO is the only responsible source possessing the Design and Test Engineering technical data, toolsets, technical skills, requisite knowledge of the design, fabrication, performance, and operational characteristics of the V-22 aircraft. As part of the aircraft procurement program, BB JPO has developed and built all V-22 aircrew Training Devices acquired to date. BB JPO creates and maintains various V-22 aircraft systems and subsystem software. This software includes Operational Flight Programs (OFPs)/JVX Avionics Software Suite (JASS), Flight Control Computer (FCC) software, the Generic Tilt-Rotor Math Model (GTR MM) and Vehicle Management System (VMS) software. BB JPO also produces and provides software for design and development Engineering simulations. The collection of these simulations, combined with operational evaluation and wind tunnel testing, are the primary methods utilized to analyze, design, develop, and test Engineering redesigns of the V-22 aircraft. The USMC requires delivery of Training Devices that match the design and performance characteristics of the aircraft being delivered. The USMC requires that the Training Devices are delivered prior to or concurrent to the delivery of Fleet MV-22 aircraft at the training site. The uniqueness and complexity of tilt-rotor design and performance, the rigorous and sophisticated aircraft Engineering validation methods and tools, the evolving and emerging changes resident in the current V-22 aircraft production, and the delivery timeline requirements of the Training Devices requires that the Training Devices be designed and developed in parallel and embedded with targeted-configuration aircraft and aircraft change requirements. In support of life-cycle sustainment and USMC networking and interoperability requirements, the Training Devices must possess the hardware and software architecture solutions that are common, compatible, and interchangeable with existing aircraft-specific and Training System-specific design baselines as the fielded Training Devices of this type. BB JPO Engineering data, toolsets, technical skills, requisite knowledge of the design, fabrication, performance, and operational characteristics of the V-22 aircraft enables, and is essential for, the production, revision, test, evaluation, and acceptance of the training capability. This requirement to accurately and concurrently represent the aircraft and aircraft systems necessitates a sole source relationship with the aircraft Original Equipment Manufacturer (OEM). This synopsis is not a request for competitive proposals. Interested sources may identify their interest and capability to respond to the requirements. Interested sources must submit detailed technical capabilities, and any other information, which demonstrates their ability to meet the needs of the Government. Detailed capabilities must be submitted by email to Erin Barton, erin.barton@navy.mil in an electronic format that is compatible with Word 2003, no later than 05 October 2010 at 1600 EST. All information shall be furnished at no cost or obligation to the Government. Responses shall be limited to no more than five (5) pages. A determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. No solicitation document is available. If no affirmative written response is received, a Justification and Approval (J&A) in accordance with FAR Part 6.303 based on the rationale provided above will be initiated. If conducted as a sole source procurement with BB JPO, no further synopsis will be provided.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N61339-10-MVCFTDs78/listing.html)
- Place of Performance
- Address: Futenma, Japan, Japan
- Record
- SN02288906-W 20100922/100920234920-44607f28e0ef3cfa05c3075ed68a45e2 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |